Loading...
RES 2006-0327 - Bid from Jones Automotive Inc • i. , • OIrtAHA,lyl, i . - lf REcENED aJ: >�rtrt.' 06 MAR VI AM 8: 52 Pe 1 r t"j4 f* OR7T O � is t f yi c k:.r,i; O tL x M � ED FEBR 4pirrrc. City of Omaha ''�• ���•�`` Mike Fahey,Mayor Thomas H.Warren,Sr. Chief of Police Omaha Police Department 505 South 15th Street Omaha,Nebraska 68102-2769 Honorable President (402)444-5600 www.opd.ci.omaha.ne.us and Members of the City Council, Eric W.Buske Deputy Chief of Police John W.Ewing,Jr. Transmitted herewith is a Resolution authorizing the acceptance of Deputy Chief°fPolice the bid from Jones Automotive, Inc. in the amount of$62,500.00 Brenda J.Smith Deputy Chief of Police for emergency equipment and installation, as per attached Donald W.Thorson specifications, for ten 2006 police cruisers for the Omaha Police Deputy Chief of Police Department. The Police.Department recommends accepting the bid from Jones Automotive, Inc. It is the only bid received. The price is reasonable and the bid meets specifications. The Police Department requests your, consideration and approval of this Resolution. Funds of $62,500.00 have been appropriated in Fiscal Year 2006, Fund 11111, Organization 113141 Fleet/Facilities, Account 44234 Cars/Small Trucks/Vans. The Finance Department is authorized to pay the cost from this account. Respectfully submitted, Approved: -1-01.--st. Cst- 3A/0(0 /1 ..0/e Thomas H. Warren, Sr. Date 'Gail Kinsey Th, pson Date Chief of Police Human Rights &Relations Director Approved as to Funding: Referred to City Council for Consideration: Carol A. Ebdon Date Mayor's i ffice Date Finance Director P:\OPD1\16167maf.doc "To Serve and Protect" • A Nationally Accredited Law Enforcement Agency • t • H W Z- U-- D a Z- --- D 0 f— W Z- --- D F- W Z --- D a ilt `\. N Z(-21:-..,„ .. )-'4: :::) '�. I— W z- � W Z � f- ' ----------------) Was G N *NNC o • CO E N co to0 o -Q .n N N o a) CS O O m Z p 0 •_ ' Q • L i O Cl) � L 0 Q E 0 ; d 0 N0 a U u. 0 sa v C U •Z• Z ° o co C O W W c Q. C TO C CO 2 a N E O o a - U co 5 co O a) 0 06 U) LL a C com CO Z >" Q- `o C) Q _o O `O W N O cr Z v, W c H W C N J (7 0 tri A i • c � D W O E C m ec o t d c0 Q a' Q a U D m a� o a )-- LiJ n «_ o a LUUN!Y R. B. REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA EMERGENCY EQUIPMENT FOR OPD CRUISERS t- • FROMt P.M.Burke Published February 1,2006 Asst.Douglas County Purchasing Agent NOT AN ORDER Page 1 902 Omaha-Douglas Civic Center 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT Omaha,Nebraska 68183-0902 OF 5% IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. - Bid Closing Date - 11:00 A.M. February 15,2006 IMPORTANT 4. If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be furnished. Do not include tax in bid. 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated. in a sealed envelop marked BID ON: 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. CITY OF OMAHA EMERGENCY EQUIPMENT FOR OPD CRUISERS 6. When submitting bid on items listed,bidder may on a separate sheet,make 2.As evidence of good faith a bid bond or certified check must be submitted with bid. suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not desire to bid,retum sheets with reasons for declining. Failure to do so have the right to appeal any decision to the City Council. Right is also reserved to will indicate your desire to be removed from our mailing list. If you desire a copy of accept or reject any part of your bid unless otherwise indicated by you. tabulation,check[ ). PLEASE DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The following equipment will be installed on 10 City of Omaha Police cruisers. The units will be Ford Crown Victorias. Following delivery to the City from Ford Motor Company, Crown Victorias will be picked up by supplier awarded a purchase order from this bid from the specifications (4 pages) attached. It is the intent of the City to provide 10 additional units later in 2006, subject to funding. A second bid will be mailed at that time. Equipment& installation (per cruiser) BID/each $ - s u' $ . r •S-0C', (x 10 cruisers) Questions regarding this bid may be directed to Joe Zuerlein (5% Bid Bond to be at(402)660-3272. based on this amount.) • Any and all exceptions must be so noted on the "Exceptions to Specifications" sheet attached. All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBEIDBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on'HUMAN RIGHTS&RELATIONS";Click on'PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444-5055. * Refer any auestions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE)- sr.Payment Terms Ne+ I S t' Firm Tones//-�A u-D vY Ot J -7 e, -.J.-✓)C. In�orp rated • NE Delivery(or completion) Name t1Z Oct (c_G1.vvI UV1�CLZ[Jl. Signature calendar days following award Title U 1 ce - C Q. e_s't i- Phone 40 .3464 3t3 Fax `1-6,2 -345-g► -O Address t2.Q3 S a0 S+ Omjc. 100 Log' I o8-349,2 Street/P.O. Box City State Email Address r D d k Gu 1 orte.s aw+0.cow) j��,t I c; 4 l 1 DEC. 2005 j SPECIFICATIONS FOR EMERGENCY EQUIPMENT FOR 2006 POLICE CARS _ - GENERAL: 1 Equipment to be the latest current model of standard design manufactured with all standard equipment, tools and warranty. Bidders are to supply full description and descriptive materials on unit bid with the proposal. Equipment must comply with current provisions of the National Traffic and Motor Vehicle Safety Act. All the below components are to be supplied and installed in 2006 police cruisers. Bidder will be allowed 10 days for the completion of the first car once approved.They must complete each vehicle in two(2)days. Yes No Other 1. COMPONENTS A. All wiring to be color coded and gauged for current load. B. All wiring is to be soldered to connections, scotch locks are not acceptable. C. All switches and relays must be high quality and designed to handle the circuit load. / D. Connector's must match stud size. E. See electrical schematics for location of all components. / F. Vendor must supply all wiring and connectors that does not —7— G. Successful bidder will stock warranty parts for repairs. Other or Comment Yes No Other 2. ADDITIONAL REQUIREMENTS Successful bidder will furnish and install the following: A. Federal Signal Corp Raydian Led lightbar part #456110-201 with base MDL 42",with FML Raydian with hook kit HK-CV92-A.See attached option sheet. Other or Comment Yes No Other 3. ADDITIONAL REQUIREMENTS Successful bidder will furnish and install the following: / A. Federal Signal Corp. Smart Siren Model SS2000SM-D. Other or Comment Yes No Other 4. PUSH BUMPER Successful bidder will furnish and install the following: A. Push bar model heavy duty Setina PB 400 steel for current year vehicle. Other or Comment EMERGENCY EQUIPMENT FOR 2005 POLICE CRUISERS. PAGE 2 OF 4 Yes No Other 5. ADDITIONAL REQUIREMENTS Successful bidder will furnish and install the following: A. Power Tamer 5201 / B. 30TRDK Power outlet. C. 656101 Wigwag control to be mounted on radiator support. D. 80-amp breaker to be reset able, mounted at location designated by Vehicle Maintenance to control all add on equipment. E. Three six lug fuse boxes Part#AE5415. One (1) ignition -- _. and Two (2)battery F. Carrier AC201-800 heavy duty continuous duty solenoid or approved equal. Other or Comment Yes No Other 6. ADDITIONAL REQUIREMENTS Successful bidder will furnish and install the following: A. Federal Signal Electronic siren driver model Dynamax speaker model number 8567079A-04 with front of radiator mounting for Crown Vic. Other or Comment Yes No Other 7. MAP LIGHT Successful bidder will furnish and install the following: A. Federal signal model Littlelite LT18TS to be mounted on Lund console. Other or Comment Yes No Other 8. SHOTGUN MOUNT Successful bidder will install the following: A. City of Omaha supplied overhead shotgun mount. B. Install Santa Cruz RC 15gunal shotgun/rifle timer. Other or Comment Yes No Other 9. RIFLE MOUNT A. To supply and install Big Sky rifle mount to cage in location specified by Fleet Mgt. B. ELS-270-RVMB electric locking mount with barrel key override, timer and switch, with enclosed magazine/trigger guard. C. Kit-Millennium for weapons with Millennium light fore stock, millennium guard, 1/8"foam in adjustable lock,one gun bracket. D. VMB, vertical mounting brackets for ELS frames with flat • plates and bolt pack. E. No exceptions, must be ELS-270-RVMB mount. Other or Comment SPECIFICATIONS FOR EMERGENCY EQUIPMENT FOR 2005 POLICE CRUISERS PAGE3OF4 Yes No Other 10. CAGE A.Vendor will install cage supplied by the City of Omaha with tall man brackets. Other or Comment V • Yes No Other 11. ADDITIONAL REQUIREMENTS A. To install City of Omaha supplied plastic rear seat. B. To install City of Omaha supplied rear door window guards. Other or Comment Yes No Other 12. CONSOLE Successful bidder will furnish and install the following: A. Lund console part#LI-900-000 (including: armrest, mic. bracket, cup holder and mount)and filler plate. Install location must be approved by Fleet Management. Other or Comment Yes No Other 13. RADIO A. To install city supplied mobile radio. Main unit will be located in trunk on tray. Head will be mounted in console. Antenna will be located in roof. Location to be determined by Fleet Management. Other or Comment Yes No Other 14. ADDITIONAL REQUIREMENTS A. To install fire extinguisher brackets in trunk on right/left side. Bracket will be supplied by Fleet Management Other or Comment Yes No Other 15. FLASHING DECK LIGHTS A. Must supply and install rear deck lights with covers. B. Federal Signal Tri Optic LED Light part#352012-03-red and #352012-04-blue or equivalent approved by Fleet Management. Must include shields around light To keep reflection off back window. Other or Comment Yes No Other 16. SERVICE TRAY A.To supply and install sliding Service Tray with locks in trunk. B. To be installed in spare tire location. C. Tray part#HS100 supplied by Jones Automotive or approved equal. Must be approved at time of bid by Fleet Management. Other or Comment SPECIFICATIONS FOR EMERGENCY EQUIPMENT FOR 2005 POLICE CRUISERS PAGE 3 OF 4 Yes No Other 17. PRE BUILD . A. After the award of this contract there will be a pre-build meeting between Fleet Management and the vendor. B. After pre-build meeting one car will be assembled as specified for inspection. Other or Comment Yes No Other 18. WARRANTY A.All parts and components will have a warranty for a period of five (5)years. B. One (1) year on all labor repair to replace any components. Other or Comment Yes No Other 19. DELIVERY A.Vehicle will be picked up from Fleet Management, 2606 No. 26`h St.for assembly and returned to Fleet Management when completed. Other or Comment 2005 emergency equipment for 2005 cruisers EXCEPTIONS TO SPECIFICATIONS Check One The equipment offered meets all specifications as set forth in the bid. Name(Print)�dcl 2 Signed �- Title G� The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed) Failure to list exceptions may be cause for equipment to be rejected at time of delivery Name(Print) Signed Title EXHIBIT "A" PROTECTED AND/OR DISADVANTAGED BUSINESS DISCLOSURE PARTICIPATION FORM THIS FORM MUST BE SUBMITTED WITH THE BID In the performance of this contract, the contractor proposes and agrees to make good faith.efforts to contract with eligible City of Umaha certified St and/or UBts. Should the below listed Phit and/or Dbt subcontractor be determined to be unable to pertorrn successfully or is not performing satisfactorily, the Contractor shall obtain prior approval from the Human Rights and Relations Department Director or a designee, for substitution of the below listed subcontractor with a City of Omaha certified }'bt and/or DBL. in submitting this Corm, the bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department priorto bid opening regarding this project and has afforded subcontractors participating in the program the opportunity to submit bids on this project. Type of work and Projected contract item or commencement Name of PBE parts thereof to be and completion 'Agreed price with and/or DBE Address performed date of work PBE/DBEs Percentage(%) Totals 'Dollar value of each PBE/DBE agreement must be listed in the"Agreed Price"column;total in this column must equal the PBE/DBE goals. CERTIFICATION The Undersigned/Contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or good faith effort as documented. The Undersigned/Contractor certifies that he/she has read, understands,and agrees to be bound by PBE/DBE Participation Contract Specifications, including the accompanying Exhibits,regarding PBE/DBE,and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the Bidder to make the statements and representations in the PBE/DBE Participation Contract Specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s) with Protected and/or Disadvantaged business enterprise(s) (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the PBE/DBE Specifications at the price(s) set forth in Exhibit A conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE.Specification representations are made by the bidder knowing them to be false, or if there is a failure by the successful bidder(i.e. the.Contractor)to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department,such action shall constitute a material breach of the contract,entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of,any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,th signed/Contr pr will be subject to the of any future Contract Awards. Signature _TL Title // 19 Date of Signing 2—//-0 6" Firm or Corporate Name ,c) e S J'r2pi d/r/G-e Address/o4a3 SD I' �o���"/!it � Telephone Number 6)-2 '-5�'3 P 3 Yra � • , EXHIBIT "B" CONTRACTOR EMPLOYMENT DATA BIDDERS ARE REQUIRED TO SUBMT THE FOLLOWING WORK FORCE DATA WITH EACH BID __" (Protected Class is defined as Black;Hispanic,Asian and Pacific Islander,American Indian or Alaskan Native, Female.) -- - Total Employees Protected Class Males Protected Class Females Ai r rer ican American I Total Total Asian or Indian or Asian or Indian or Work Protected Pacific Alaskan Pacific Alaskan Date Force Class Black Hispanic Islander Native Black Hispanic Islander Native White c7/Y/06 *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights and Relations Department. Any Questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) Firm's Name: Dc.0 eS /e e)171-P d 6 (Date of Signing) Signature: / OU f�t�ir�rt / / 7 - - r��� (Print Name) (Title) (Signature) � U at�a oi 1� C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on February 15, 2006 for emergency equipment and installation for ten 2006 police cruisers, as per attached specifications, for the Omaha Police Department; and, WHEREAS, Jones Automotive, Inc. submitted a bid of$62,500.00 being the only bid received within bid specifications for the emergency equipment; and, WHEREAS, the Mayor has recommended acceptance of this bid. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the bid of Jones Automotive, Inc. in the amount of$62,500.00, which represents the bid for emergency equipment and installation for ten 2006 police cruisers, being the only bid received within bid specifications, which is incorporated herein by this reference, is hereby accepted and the same hereby approved. BE IT FURTHER RESOLVED; THAT the Finance Department of the City of Omaha is authorized to pay the cost of the emergency equipment and installation in the amount of$62,500.00 from Fiscal Year 2006, Fund 11111, Organization 113141 Fleet/Facilities, Account 44234 Cars/Small Trucks/Vans. APPROVED AS TO FORM: V - CITY ATTORNEY DATE P:\OPD1\16168maf.doc By. kidAtiftdni4.) uncilmember -� APR . 4 20.06 2-0 Adopted i/x,,,4 City Clely/� Approvea�1► ""��. . Mayor I . v A., „ „n rh Q OP � AOO = .C. •O• CD • CD O\ " p -P CIO oo O � `W O `CcnO r C CT `� i �CD 11)CD O h ql ... CD ;s �� Q. `� Z O C/� r-+ v' '--' CD am!CD ' CD O a � CD •O 'G � 0 �C O ¢'p n '�" D r, A C ,� CO n � T OP p Z cp Cr n CD � •aU r N .) CD CD , 1 C ' r n cn CD Z CD rn a. rp-y kC v4 CD CD .S Q. v' p. CD CD ." • • • • "mil